ECM Training in Senegal
ID: 19AQMM24R0201Type: Solicitation
Overview

Buyer

STATE, DEPARTMENT OFSTATE, DEPARTMENT OFACQUISITIONS - AQM MOMENTUMWASHINGTON, DC, 20520, USA

NAICS

Other Technical and Trade Schools (611519)

PSC

EDUCATION/TRAINING- OTHER (U099)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The U.S. Department of State is seeking a qualified small business to provide training in Electronic Countermeasures (ECMs) for the Senegalese Armed Forces (SAF) as part of a capacity-building initiative. The objective of this procurement is to enhance the SAF's ability to prepare, deploy, and sustain effective peacekeeping forces, aligning with U.S. Government peacekeeping policy priorities in the region. This training program is critical for improving regional security and stability through military partnerships, with a focus on developing tailored curricula and hands-on learning experiences. Proposals are due by 10:00 AM EDT on September 27, 2024, and interested parties must register in the System for Award Management (SAM) to be eligible for award. For further inquiries, contact the IP Contracting Team at IP_Contracting_Team@state.gov or Holli Baker at BakerHC@state.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a solicitation for a contract titled "Capacity Building Assistance in Senegal," issued by the U.S. Department of State on August 28, 2024, under solicitation number 19AQMM24R0201. The contract aims to support training and capacity building, detailing specific requirements for various roles, including an In-Country Team Lead and Trainers, with distinct roles identified in the Statement of Work. The contract features a hybrid pricing structure, combining firm-fixed prices for various deliverables such as training materials, mobilization costs, and airfare, while also specifying cost-reimbursement for certain expenses like Defense Base Act insurance. The terms highlight crucial policies, including a guarantee of U.S. flag carrier use for international travel and a rigorous approval process for invoices. Additionally, it emphasizes the contractor's responsibilities regarding labor laws and employee benefits, including the need for proper insurance coverage and adherence to local laws. The procedure for performance evaluation and the requirements for deliverables following active training sessions are also specified. This solicitation demonstrates the government's commitment to establish effective training programs while ensuring compliance with applicable regulations and contractual obligations.
    This document outlines an amendment to solicitation number 19AQMM24R0201, issued by the U.S. Department of State for a contract titled "Capacity Building Assistance in Senegal," effective on September 17, 2024. The amendment introduces additional documentation, including a bid chart and a Q&A final, and updates attachment listings. The solicitation encompasses various line items related to personnel and services required for the project, detailing costs for positions such as Team Lead, Senior Trainers, and logistical support such as lodging, transportation, and training materials. The contract is structured as a hybrid type, combining firm-fixed price and cost-reimbursement components, with specific terms regarding payment and compliance with U.S. laws, particularly concerning labor and insurance. There are guidelines provided for the contractor’s responsibilities, including adherence to local laws, insurance requirements, and reporting protocols. The aim of this contract and its amendment is to enhance capacity-building initiatives in Senegal, aligning with U.S. foreign assistance and workforce development objectives.
    The Bureau of Political-Military Affairs' Statement of Work (SOW) for GPOI Capacity Building Assistance in Senegal outlines a comprehensive program to enhance peacekeeping capabilities through various training and mentorship activities. Funded by the U.S. State Department, the initiative aims to support Senegal's armed forces (SAF) in preparing, deploying, and sustaining effective peacekeeping forces with a focus on Electronic Countermeasures (ECMs). The project encompasses multiple tasks, including in-country training preparation, ECM training iterations, advanced ECM training, and a Peacekeeping Training Resource Management course. Each task includes specified performance objectives, emphasizing hands-on learning, collaboration, and gender integration in peacekeeping roles. The contractor is responsible for providing all necessary resources, personnel, and equipment while ensuring compliance with training standards set by international organizations like the UN and the African Union. Regular reporting, mentorship, and engagement with SAF leaders are integral to ensuring the program's success. Overall, this SOW illustrates the U.S. Government's commitment to strengthening international peacekeeping through targeted training initiatives while creating sustainable partnerships with partner nations.
    The document outlines a Request for Proposal (RFP) related to an In-Country Training Preparation and Partner Engagement (TPPE) effort across a three-year span, divided into a base year and three option years. Each period includes a series of Contract Line Item Numbers (CLINs) detailing various roles required, including In-Country Team Lead and various specialty trainers, categorized primarily under Firm Fixed Price (FFP) or Not-To-Exceed (NTE) types for financial clarity. Each CLIN stipulates task descriptions such as training preparation, instructor development, and logistical support, highlighting quantities, rates, and costs associated with personnel, travel, and other direct costs (ODC). Additionally, the proposal specifies budgetary and fiscal structures needed for training equipment, supplies, and essential mobilization requirements, ensuring both compliance and effectiveness for the training operations. The document emphasizes thorough financial planning where participants are to validate subtotals and manage any necessary adjustments. Overall, the RFP seeks to facilitate effective training initiatives while promoting strategic partnership engagements relevant to U.S. missions abroad.
    The document outlines a federal Request for Proposal (RFP) pertaining to training and engagement services. It includes detailed Contract Line Item Numbers (CLINs) organized into three periods: a base year and three option years. Each CLIN specifies types such as Firm Fixed Price (FFP) and Cost Not To Exceed (CNF/NTE) for various tasks related to in-country training preparation, electronic countermeasure training, and logistical support. The tasks range from primary training responsibilities to advanced mentorship and follow-up activities. Key components involve personnel such as team leads and trainers, along with costs associated with travel, task mobilization, equipment, and other direct costs (ODC) like lodging and transportation. The document emphasizes meticulous cost breakdowns per task, adhering to federal guidelines for proposal submission. The precise structure demonstrates the government's systematic approach to securing qualified contractors for executing essential training initiatives, crucial for ensuring operational readiness and effective partner engagements in international contexts.
    This document outlines a proposed schedule involving various training tasks and events, structured over a 50-week timeline. Key activities include GPOI training, tactical mission planning, logistics training, conflict management, and medical screenings. Each task specifies the required personnel and divides responsibilities between contractors and trainers. The proposal encompasses training sessions such as individual peacekeeping skills, small unit tactics, and specialized operations, indicating a comprehensive approach to skill development for personnel. Noteworthy is the inclusion of a "hotwash" or after-action review, which plays a critical role in evaluating the effectiveness of the training. The document, situated within the context of government RFPs, underscores federal intentions to enhance personnel readiness through structured training programs. Its organized timetable and outlined tasks demonstrate a clear framework aimed at increasing operational efficiency and mission capability among the involved personnel.
    The document outlines procurement restrictions under the Foreign Assistance Act (FAA) related to vehicle and equipment financed by federal funds. It details two primary restrictions: vehicle procurement and general equipment procurement. Under the vehicle procurement restriction, FAA funds cannot be used to purchase vehicles not manufactured in the U.S., with certain allowances for waivers by the Secretary of State under specific circumstances such as availability or timeliness. The general equipment procurement restriction allows funds only for items sourced from the U.S., recipient countries, or non-advanced developing countries, also subject to possible waivers under specific conditions. For both procurement types, offerors must demonstrate through technical proposals their intent to seek waivers while exploring compliant U.S. options. The document emphasizes the importance of providing justification for procurement strategies that deviate from the typical guidelines and outlines compliance requirements, including reporting and percentage evaluations of potential cost savings. Several prohibitions are given to ensure compliance with the restrictions and to eliminate the risk of circumventing regulations. Overall, the document serves as a comprehensive guide for offerors in navigating procurement regulations effectively.
    The document outlines the requirements for vehicle and equipment procurement under the Foreign Assistance Act, particularly emphasizing compliance with U.S. origin standards. Offerors must fill out a reporting template detailing the origin and cost percentages of various vehicle components—such as chassis, engine, and body—to confirm that at least 80% of the vehicle's components are sourced from the U.S. If an offer does not meet this criterion or seeks a waiver, a comprehensive justification must be presented, including alternative options and their corresponding specifications. The document includes a vendor inventory template where explanations for any deviations from the required specifications are to be entered. This template requires details on vendor compliance, timelines, and cost variances, indicating that meeting the stated Statement of Work (SOW) specifications is crucial for procurement eligibility. Overall, the fact sheet emphasizes adherence to procurement standards and the necessity for clarity and transparency in the sourcing of vehicles and equipment for government contracts.
    The document outlines procurement restrictions related to vehicles and equipment under the Foreign Assistance Act, specifically concerning items purchased outside compliant countries as per section 604(a)(1). It provides a template for documenting vendors, equipment locations, compliance status, and explanations for any deviations from specifications, timelines, or cost variances. Key sections of the template include the vendor's name, country of equipment origin, compliance status, and detailed explanations for any issues. For instance, it addresses specific problems such as deviations in drive configurations or arrival timelines and highlights potential cost benefits from procurement in non-compliant countries. This document serves as a structured framework for governmental entities involved in federal grants and RFPs to ensure compliance and transparency in procurement processes while maintaining oversight of international purchasing practices. It reflects the importance of adherence to established guidelines to facilitate proper allocation of foreign assistance resources and support effective project execution.
    The document pertains to the ECM Training solicitation in Senegal, providing guidance for offerors on submitting questions during the designated Question and Answer period. Offerors are instructed to format their queries precisely by citing specific references from the RFP and related documents, including sections, page numbers, and relevant passages. Each question must be placed independently in a designated row, with only one query per entry, ensuring clarity and visibility. The example included illustrates the expected format, demonstrating how to structure a reference and subsequent inquiry. This process emphasizes the importance of precision in communication, facilitating clarity and efficiency in the bidding process for government contracts. Overall, the guidance aims to streamline interactions between the government and potential contractors, ensuring that all necessary information is clearly articulated and understood.
    The purpose of this government document is to detail the Request for Proposals (RFP) for training in Electronic Countermeasures (ECM) for the Senegalese Armed Forces (SAF) as part of a partnership with the U.S. government. This marks the first offering of such training, which is to be developed from scratch, leveraging prior experiences in UN missions. The training programs will be conducted in both English and French, with translation services provided by the contractor. Key points include that while the SAF has limited previous exposure to ECM, they possess some relevant equipment. The training will occur across four cycles per year, with a total of approximately 24 trainees per group. The contractor is not responsible for vehicle procurement, as the SAF will provide needed resources. Additionally, the document clarifies scheduling expectations, course development responsibilities, and the roles of partner nation trainers. Overall, this proposal emphasizes building a tailored training curriculum to enhance the SAF's capabilities in ECM, supporting the broader context of improving regional security and stability through military partnerships.
    Lifecycle
    Title
    Type
    ECM Training in Senegal
    Currently viewing
    Solicitation
    Similar Opportunities
    Global Peace Operations Initiative Capacity Building Assistance in Malawi
    Active
    State, Department Of
    The U.S. Department of State is seeking proposals from qualified small businesses to provide capacity building assistance for the Malawi Defense Force (MDF) under the Global Peace Operations Initiative (GPOI). The primary objective of this procurement is to enhance Malawi's ability to prepare, deploy, and sustain its peacekeeping forces through comprehensive training and mentorship, in collaboration with international partners such as the British Peace Support Team and the government of Brazil. This initiative is crucial for strengthening Malawi's self-sufficiency in peacekeeping operations and supporting U.N.-mandated missions. Proposals are due by 12:00 PM EDT on September 27, 2024, and interested vendors must submit questions by 10:00 AM EDT on September 4, 2024, to the IP Contracting Team at IPContractingTeam@state.gov.
    Peace Operations Training and Assistance in Zambia
    Active
    State, Department Of
    The U.S. Department of State is seeking proposals for a federal contract titled "Peace Operations Training and Assistance in Zambia," aimed at enhancing the capacity of the Zambia Defense Force (ZDF) to prepare, deploy, and sustain effective peacekeeping forces in support of UN-mandated tasks. The contract encompasses the development and delivery of high-quality training, strategic mentorship, and the procurement of necessary equipment and supplies for pre-deployment training, all tailored to the unique needs of the ZDF and aligned with UN policies. This initiative is crucial for strengthening Zambia's role in international peacekeeping efforts and ensuring operational readiness for regional missions. Interested small businesses must submit proposals by 12:00 PM EDT on September 27, 2024, and can direct inquiries to Holli Baker at BakerHC@state.gov or the IP Contracting Team at IPContractingTeam@state.gov.
    Peace Operations Training and Assistance in Chad
    Active
    State, Department Of
    The U.S. Department of State is seeking contractors to provide training and assistance under the Global Peace Operations Initiative (GPOI) in Chad, aimed at enhancing the peacekeeping capabilities of the Chadian National Army (ANT). The procurement involves comprehensive management, training, personnel, and logistical support to facilitate various training programs, including mission planning and operational readiness, while adhering to UN policies and emphasizing gender integration. This initiative is critical for strengthening Chad's capacity to participate in international peacekeeping missions, reflecting the U.S. government's commitment to global security efforts. Interested parties should contact Coy Brown at browncl1@state.gov, with proposals due by September 23, 2024, as outlined in the solicitation documents.
    Global Advisory (Update)
    Active
    State, Department Of
    The Department of State is seeking qualified contractors for the Global Advisory services through a forthcoming Request for Proposal (RFP). This initiative aims to provide international advisory services, particularly focusing on enhancing peace and security in sub-Saharan Africa and improving partner nation security sector governance, with a performance period expected to last five years. The contract will be structured as a multiple-award Indefinite Delivery, Indefinite Quantity (IDIQ) contract, with a maximum of six awards across small business and full and open competition tracks. Interested parties should monitor SAM.gov for updates, as the RFP is tentatively scheduled for release in Q1 of FY25, and can reach out to primary contacts Taynelle McCloud at mccloudtl@state.gov or Todd McNelly at mcnellyrt@state.gov for further inquiries.
    Cameroonian Ship Registry and Digitization
    Active
    State, Department Of
    The U.S. Department of State is seeking proposals for a ship registry management solution aimed at digitizing the existing paper-based ship registry of Cameroon. The primary objective is to assist the Cameroon Ministry of Transport in developing a centralized, digital ship registry that complies with international nonproliferation efforts, which includes digitizing existing records, creating a secure database with user management features, and providing necessary equipment and training. This initiative is crucial for enhancing international security through capacity building and cooperation with partner nations. Proposals are due by October 21, 2024, at 3:00 PM EDT, and questions regarding the solicitation must be submitted by September 20, 2024, at 10:00 AM EDT. Interested parties can contact Khoa Tran at TranKD@state.gov for further information.
    English Language Program for Local Staff
    Active
    State, Department Of
    The U.S. Department of State, through the U.S. Embassy in Dar es Salaam, is seeking proposals for an English Language Program aimed at enhancing the proficiency of local staff. The program is designed for beginner to intermediate-level participants and will focus on developing skills in reading, speaking, and listening through in-person classes held at the embassy, with sessions scheduled twice a week for three months. This initiative is crucial for improving the capabilities of the local workforce while adhering to federal procurement regulations. Interested contractors must submit their quotations electronically by September 24, 2024, and are encouraged to participate in a pre-quotation conference on September 17, 2024. For further inquiries, potential offerors can contact the Contracting Officer at DarGSOProcurement@groups.state.gov.
    MK-18 COMMAND & CONTROL (C2) COURSE OF INSTRUCTION
    Active
    Dept Of Defense
    The Department of Defense, through NAVSUP Fleet Logistics Center San Diego, is soliciting proposals for the MK-18 Command & Control (C2) Course of Instruction, aimed at enhancing the operational capabilities of U.S. Navy Explosive Ordnance Disposal (EOD) forces. The contract, set aside for small businesses, requires the contractor to deliver a comprehensive five-day training program for EOD leadership on the effective use of the MK-18 Unmanned Underwater Vehicle (UUV) system, with courses scheduled for EODGRU ONE and EODGRU TWO. This training is critical for ensuring that EOD personnel can meet current operational requirements and effectively employ advanced underwater technologies. Interested contractors must submit their proposals by September 20, 2024, and are encouraged to register in the System for Award Management (SAM) prior to submission. For further inquiries, potential bidders can contact Patricia Castillo at patricia.castillo26.civ@us.navy.mil or Christine Jordan at christine.jordan@navy.mil.
    One Semi-Automated Forces (OneSAF) Solicitation
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Program Executive Office for Simulation, Training, and Instrumentation, is seeking proposals for the One Semi-Automated Forces (OneSAF) program, which focuses on software development, integration, and support for Army training applications. The procurement aims to enhance interoperability and support cloud-based software applications, thereby reducing costs and facilitating training across various Army units and agencies. This contract is structured as a Small Business Set-Aside Indefinite Delivery/Indefinite Quantity (ID/IQ) arrangement, with a minimum guarantee of $400,000 and a maximum ceiling value of $127 million over a 72-month period. Interested parties must submit their proposals by September 23, 2024, and can direct inquiries to Naillil DeJesus at naillil.m.dejesus.civ@army.mil or Demetria Carter at demetria.b.carter.civ@army.mil.
    Commercial Solutions Opening (CSO): Security Education and Training Systems eLearning Platform
    Active
    Dept Of Defense
    The U.S. Department of Defense's Defense Counterintelligence and Security Agency (DCSA) seeks innovative technologies for its Security Education and Training Systems (SETS) through a Commercial Solutions Opening (CSO) solicitation. DCSA requires a comprehensive learning ecosystem, including learner management, content management, delivery, and collaborative tools, all aligned with stringent security frameworks. This four-phase competition invites companies to submit concise solution briefs, with a focus on defense applications. The agency aims to revolutionize its training programs while ensuring data continuity and security. Selected companies will be invited to pitch their solutions, leading to potential full proposal requests. The process emphasizes creativity and flexibility, encouraging nontraditional defense contractors and small businesses to participate. The DCSA seeks to enhance its mission effectiveness through these commercial solutions, with submissions due by December 31, 2024. For more information, interested parties can contact the DCSA SETS CSO Contracts and Procurement Office at dcsa.quantico.cpo.mbx.pmo-sets-cso@mail.mil.
    Expeditionary Exploitation Unit ONE (EXU-1) Expeditionary Document and Media Exploitation (DOMEX) Procurement, Sustainment, and Training
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking potential sources for the procurement, sustainment, and training related to Expeditionary Document and Media Exploitation (DOMEX) capabilities for the Expeditionary Exploitation Unit ONE (EXU-1). The requirements include the provision of DOMEX kits, which consist of specialized hardware and licensed software, as well as ongoing maintenance and software updates, alongside comprehensive training for personnel on data collection and analysis from various digital sources. This initiative is crucial for enhancing military operations outside the U.S. by enabling technical exploitation teams to generate actionable intelligence that meets Combatant Command requirements. Interested businesses must submit their capabilities and relevant information by September 25, 2024, to the designated contacts, Kristy Hoffman and George Miles, via the provided email addresses.